ERP System

The competition is for the procurement of a new ENTERPRISE resource planning system for Steinkjer, Levanger, Inderøy, Verdal and Snåsa municipalities, but an option for Namsos, Overhalla, Flatanger and Høylandet municipalities. The municipalities wish to procure a general, future orientated and innovative ERP system. The objective of the procurement of …

CPV: 72000000 IT services: consulting, software development, Internet and support, 48440000 Financial analysis and accounting software package, 48441000 Financial analysis software package, 48442000 Financial systems software package, 48443000 Accounting software package, 48444000 Accounting system, 48444100 Billing system, 48445000 Customer Relation Management software package, 48451000 Enterprise resource planning software package, 48460000 Analytical, scientific, mathematical or forecasting software package, 48490000 Procurement software package, 72400000 Internet services, 72410000 Provider services
Place of execution:
ERP System
Awarding body:
Innherred Anskaffelser
Award number:
2024/1923

1. Buyer

1.1 Buyer

Official name : Innherred Anskaffelser
Legal type of the buyer : Regional authority
Activity of the contracting authority : General public services

1.1 Buyer

Official name : Steinkjer kommune
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : General public services

1.1 Buyer

Official name : Snåsa kommune
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : General public services

1.1 Buyer

Official name : INDERØY KOMMUNE
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : General public services

1.1 Buyer

Official name : Levanger kommune
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : General public services

1.1 Buyer

Official name : Verdal kommune
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : General public services

1.1 Buyer

Official name : Namsos kommune
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : General public services

1.1 Buyer

Official name : Flatanger kommune
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : General public services

1.1 Buyer

Official name : Overhalla kommune
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : General public services

1.1 Buyer

Official name : Høylandet kommune
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : ERP System
Description : The competition is for the procurement of a new ENTERPRISE resource planning system for Steinkjer, Levanger, Inderøy, Verdal and Snåsa municipalities, but an option for Namsos, Overhalla, Flatanger and Høylandet municipalities. The municipalities wish to procure a general, future orientated and innovative ERP system. The objective of the procurement of an overall ERP system is to simplify, streamline and digitise daily routines.
Procedure identifier : 8087e9c9-8cc5-410d-b925-700cbb84d8db
Internal identifier : 2024/1923
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure :

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support
Additional classification ( cpv ): 48440000 Financial analysis and accounting software package
Additional classification ( cpv ): 48441000 Financial analysis software package
Additional classification ( cpv ): 48442000 Financial systems software package
Additional classification ( cpv ): 48443000 Accounting software package
Additional classification ( cpv ): 48444000 Accounting system
Additional classification ( cpv ): 48444100 Billing system
Additional classification ( cpv ): 48445000 Customer Relation Management software package
Additional classification ( cpv ): 48451000 Enterprise resource planning software package
Additional classification ( cpv ): 48460000 Analytical, scientific, mathematical or forecasting software package
Additional classification ( cpv ): 48490000 Procurement software package
Additional classification ( cpv ): 72400000 Internet services
Additional classification ( cpv ): 72410000 Provider services

2.1.2 Place of performance

Anywhere
Additional information : Provided as a service over the Internet

2.1.3 Value

Estimated value excluding VAT : 50 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU

2.1.6 Grounds for exclusion

Analogous situation like bankruptcy under national law : Is the tenderer in a similar situation in accordance with an equivalent procedure set in the national law? See the national law, the relevant notice or procurement documents.
Bankruptcy : Is the tenderer in a bankruptcy situation? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers in such a situation is obligatory in accordance with the current national law with no exceptions, when the tenderer is still able to carry out the contract.
Corruption : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a enforceable verdict has been convicted of corruption by a verdict handed down not more than five years ago, or a rejection period determined directly in the judgement that still applies? Corruption as defined in Article 3 of the Convention on Combating Corruption, Involving European Communities or European Union Member States (EUT C 195 of 25.6.1997, s. 1), and in Article 2, point 1, in the Council ́s framework decision 2003/568/RIA of 22 July 2003 on combating corruption in the private sector (EUT L 192 of 31.7.2003, p. 54). This rejection reason also includes corruption as defined in national law for the contracting authority or supplier.
Arrangement with creditors : Is the supplier in a situation where he has been forced debt arrangement? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers in such a situation is obligatory in accordance with the current national law with no exceptions, when the tenderer is still able to carry out the contract.
Participation in a criminal organisation : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, at the time a legally convicted verdict of participation in a criminal organisation by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Participation in a criminal organisation as defined in Article 2 of the Council ́s framework decision 2008/841/RIA of 24 October 2008 on control of organised crime (EUT L 300 of 11.11.2008, p. 42)
Agreements with other economic operators aimed at distorting competition : Has the tenderer entered into agreement(s) with other tenderers with the intention of turning the competition?
Breaching of obligations in the fields of environmental law : Is the tenderer aware of breaches of environmental provisions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Money laundering or terrorist financing : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of money laundering or financing terrorism by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies?
Fraud : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, at the time a legally convicted of fraud has been convicted of fraud by a verdict handed down not more than five years ago, or a rejection period determined directly in the judgement that still applies?
Child labour and other forms of trafficking in human beings : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of child labour and other forms of human trafficking by a verdict handed down no more than five years ago, or a rejection period determined directly in the judgement that still applies? Child labour and other forms of human trafficking as defined in Article 2 of the European Parliament and council directive 2011/36/EU of 5. 1 April 2011 on the prevention and control of human trafficking and the protection of its victims and for compensation of the Council ́s framework decision 2002/629/RIA (EUT L 101 of 15.4.2011, p. 1).
Insolvency : Is the tenderer in an insolvency situation? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers in such a situation is obligatory in accordance with the current national law with no exceptions, when the tenderer is still able to carry out the contract.
Breaching of obligations in the fields of labour law : Is the tenderer aware of breaches of provisions on working conditions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Assets being administered by liquidator : Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers in such a situation is obligatory in accordance with the current national law with no exceptions, when the tenderer is still able to carry out the contract.
Guilty of misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure : Has the tenderer: a) given grossly incorrect information with the notification of the information required to verify that there is no basis for rejection, or of the qualification requirements being fulfilled, b) failed to provide such information, c) made reservations immediately to present the supporting documents requested by the contracting authority, or d) improperly affected the contracting authority ́s decision process to acquire confidential information that could give this an unlawful advantage in connection with competition, or negligently has given misleading information that can have a significant influence on decisions on rejection, selection or award?
Conflict of interest due to its participation in the procurement procedure : Is the tenderer aware of a conflict of interest as stated in national law, the relevant notice or procurement documents?
Direct or indirect involvement in the preparation of this procurement procedure : Has the tenderer or an entity associated with the supplier advised the contracting authority or in another way been involved in the planning of the competition?
Guilty of grave professional misconduct : Has the tenderer committed serious errors in professional practice? If relevant, see the definitions in national law, the relevant notice or procurement documents.
Early termination, damages or other comparable sanctions : Has the tenderer committed significant breaches of contract in connection with the fulfilment of a previous public contract, a previous contract with a public contracting authority or a previous concession contract, where the breach has led to the cancellation of the contract, compensation or other similar sanctions?
Breaching of obligations in the fields of social law : Is the tenderer aware of breaches of provisions on social conditions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Payment of social security contributions : Have tenderers failed to fulfil all their social security obligations in the country where they are established and in their member state, if this is a different country than what he is established in?
Business activities are suspended : Has the tenderer's business conduct been stopped?
Payment of taxes : Has the tenderer not fulfilled all of his tax and duty obligations in both the country where he is established and in the contracting authority's member state, if this is a different country than what he is established in?
Terrorist offences or offences linked to terrorist activities : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body, or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of acts of terrorism or criminal acts connected to terrorist activities by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Acts of terrorism or criminal acts relating to terrorist activity as defined in Article 1 and 3 of the Council ́s framework decision 2002/475/RIA of 13 June 2002 on combating terrorism (EFT L 164, af 22.6.2002, p. 3). This rejection reason also includes incitement to, participation or attempts to commit such actions as included in Article 4 in the mentioned framework decision.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : ERP System
Description : The competition is for the procurement of a new ENTERPRISE resource planning system for Steinkjer, Levanger, Inderøy, Verdal and Snåsa municipalities, but an option for Namsos, Overhalla, Flatanger and Høylandet municipalities. The municipalities wish to procure a general, future orientated and innovative ERP system. The objective of the procurement of an overall ERP system is to simplify, streamline and digitise daily routines.
Internal identifier : 2024/1923

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support
Additional classification ( cpv ): 48440000 Financial analysis and accounting software package
Additional classification ( cpv ): 48441000 Financial analysis software package
Additional classification ( cpv ): 48442000 Financial systems software package
Additional classification ( cpv ): 48443000 Accounting software package
Additional classification ( cpv ): 48444000 Accounting system
Additional classification ( cpv ): 48444100 Billing system
Additional classification ( cpv ): 48445000 Customer Relation Management software package
Additional classification ( cpv ): 48451000 Enterprise resource planning software package
Additional classification ( cpv ): 48460000 Analytical, scientific, mathematical or forecasting software package
Additional classification ( cpv ): 48490000 Procurement software package
Additional classification ( cpv ): 72400000 Internet services
Additional classification ( cpv ): 72410000 Provider services
Options :
Description of the options : It is a continuous service agreement and does not have an end date. Options for Namsos, Flatanger, Høylandet and Overhalla municipalities.

5.1.2 Place of performance

Anywhere
Additional information : Provided as a service over the Internet

5.1.3 Estimated duration

Start date : 13/06/2025
Duration end date : 02/12/2030

5.1.5 Value

Estimated value excluding VAT : 50 000 000 Norwegian krone

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : Financial capacity
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : How the tenderer ́s system will be involved in fulfilling the contracting authority ́s aim of the procurement
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : The tenderer ́s technical and professional qualifications.
Use of this criterion : Used
Information about the second stage of a two-stage procedure :
Minimum number of candidates to be invited for the second stage of the procedure : 3
The buyer reserves the right to award the contract on the basis of the initial tenders without any further negotiations

5.1.11 Procurement documents

Deadline for requesting additional information : 11/03/2025 23:00 +00:00
Address of the procurement documents : https://tendsign.com/doc.aspx?MeFormsNoticeId=45759

5.1.12 Terms of procurement

Terms of the procedure :
Estimated date of dispatch of the invitations to submit tenders : 21/03/2025
Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : Norwegian
Electronic catalogue : Allowed
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Variants : Not allowed
Deadline for receipt of requests to participate : 19/03/2025 11:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
No framework agreement
Information about the dynamic purchasing system :
No dynamic purchase system
Electronic auction : no

5.1.16 Further information, mediation and review

Review organisation : Trøndelag tingrett
Organisation providing offline access to the procurement documents : Innherred Anskaffelser
Organisation receiving requests to participate : Innherred Anskaffelser

8. Organisations

8.1 ORG-0001

Official name : Innherred Anskaffelser
Registration number : 997 391 853
Department : Innherred Anskaffelser
Postal address : Vennalivegen 7
Town : Inderøy
Postcode : 7670
Country : Norway
Contact point : Hilde Melhus
Telephone : +47 74124200
Roles of this organisation :
Buyer
Group leader
Organisation providing offline access to the procurement documents
Organisation receiving requests to participate

8.1 ORG-0002

Official name : Trøndelag tingrett
Registration number : 926 722 794
Postal address : Postboks 2317 Torgarden
Town : Trondheim
Postcode : 7004
Country subdivision (NUTS) : Trøndelag ( NO060 )
Country : Norway
Telephone : 73 54 24 00
Roles of this organisation :
Review organisation

8.1 ORG-0003

Official name : Steinkjer kommune
Registration number : 840029212
Department : INDERØY KOMMUNE
Postal address : Vennalivegen 7
Town : Steinkjer
Postcode : 7670
Country : Norway
Telephone : 74169000
Roles of this organisation :
Buyer

8.1 ORG-0004

Official name : Snåsa kommune
Registration number : 964982031
Town : Snåsa
Country : Norway
Telephone : 74138200
Roles of this organisation :
Buyer

8.1 ORG-0005

Official name : INDERØY KOMMUNE
Registration number : 997391853
Postal address : Vennalivegen 7
Town : INDERØY
Postcode : 7670
Country : Norway
Telephone : 74124200
Roles of this organisation :
Buyer

8.1 ORG-0006

Official name : Levanger kommune
Registration number : 938587051
Town : Levanger
Country : Norway
Telephone : 74052500
Roles of this organisation :
Buyer

8.1 ORG-0007

Official name : Verdal kommune
Registration number : 938587418
Town : Verdal
Country : Norway
Telephone : 74048200
Roles of this organisation :
Buyer

8.1 ORG-0008

Official name : Namsos kommune
Registration number : 942875967
Town : Namsos
Country : Norway
Telephone : 74217000
Roles of this organisation :
Buyer

8.1 ORG-0009

Official name : Flatanger kommune
Registration number : 845153272
Town : Flatanger
Country : Norway
Telephone : 74221100
Roles of this organisation :
Buyer

8.1 ORG-0010

Official name : Overhalla kommune
Registration number : 939896600
Town : Overhalla
Country : Norway
Telephone : 74280000
Roles of this organisation :
Buyer

8.1 ORG-0011

Official name : Høylandet kommune
Registration number : 959220476
Town : Høylandet
Country : Norway
Telephone : 74324800
Roles of this organisation :
Buyer

11. Notice information

11.1 Notice information

Notice identifier/version : 523655ce-bb71-4a19-8efd-78830c792e93 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 14/02/2025 08:14 +00:00
Notice dispatch date (eSender) : 14/02/2025 08:25 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00106035-2025
OJ S issue number : 33/2025
Publication date : 17/02/2025